You are on page 1of 35

OFFICE OF THE DISTRICT HEALTH OFFICER GHOTKI @

MIRPUR MATHELO
Health Department, Government of Sindh

BIDDING DOCUMENT
PURCHASE OF MACHINERY EQUIPMENT IN DHO GHOTKI @
MIRPUR MATHELO FOR THE FINANCIAL YEAR 2021-22.
Issued to M/s.______________________________________________________________

Due on 14-07-2021 at 01:00 PM in the Office of the District Health Officer Ghotki @ Mirpur Mathelo

(Single Stage – Two Envelope Procedure)


===========================================================
OFFICE OF THE DISTRICT HEALTH OFFICER GHOTKI @ MIRPUR MATHELO

============================================================

Page 1 of 35
INSTRUCTIONS TO BIDDERS FOR SECTION A
1. OFFICE OF THE DISTRICT HEALTH OFFICER GHOTKI @ MIRPUR
MATHELO invites sealed bids on single stage two envelope basis as per Sindh Public
Procurement Rules, 2010 (Amended 2019 up to date) from Manufacturers within the
Pakistan and aboard, and their Authorized Agent / Importers/ Bidders / Distributor /
Contractors for the PURCHASE OF MACHINERY EQUIPMENT IN DHO
GHOTKI @ MIRPUR MATHELO FOR THE FINANCIAL YEAR 2021-22.

2. Bidders are required to check that Tender Documents issued to them are complete in
all respects as per Summary of contents related to instructions to Bidders, Salient
Features, Evaluation Criteria, Form of Tender, Form of Agreement, Specifications
(Technical), Scope of Work, Drawings etc.

3. The rates to be inserted in the Bill of Quantity shall be deemed to include all costs of
whatsoever description and expenses necessary for the Supply, Installation, Testing,
Commissioning and Maintenance of the Equipment / Instrument, Laboratory Items,
I.T and Related System together with all risks, taxes, liabilities and obligations,
specific or implied, in the Tender Documents. Arithmetical errors, if any shall be
corrected and Tender price amended accordingly

4. The original bid shall be typed or written in indelible ink by the bidder or person duly
authorized. The person or persons signing the bid shall initial all pages of the bid. The
name and designation of each person signing must be mentioned below the signature

5. No bidder shall be allowed to alter or modify his bid after the bids have been opened.
However, the procuring agency may seek and accept clarification to the bids that do
not change substances of the bids.

6. No unauthorized alteration may be made in the Tender documents. If any such


alteration is made, tender may be liable for rejection.

7. The vendor has to quote only one rate for each work as per tender specifications.
Hand written tenders or any over writing, cutting, should be signed.

8. The Procuring Agency may reject all bids or proposal at any time prior to the
acceptance of a bid or proposal. The Procuring Agency upon request communicate to
any supplier or contractor who submitted a bid or proposal, the grounds for its
rejection of all bids or proposal, but is not required to justify those grounds.

9. Any clarification, revision, addition or deletion, in the Tender documents may be


made by the Procuring Agency before the submission and opening of Tender in the
form of Addendum / Corrigendum. This will be made only be formal Addendum /
Corrigendum issued by the Procuring Agency and will become part of the Contract
Documents. Each addendum shall be signed by the Tenderer and returned with other
Tender documents.

Page 2 of 35
10. The entire Tender Documents, listed duly priced, signed & stamped on each page and
completed must reach at designated place in due time and dates as defined in the
Bidding Data of the Tender.

11. The contractors whose Tender is accepted, by the Procurement Committee, will be
required to enter in to a Contract Agreement as defined in the Form of Agreement.

12. The contract resulting from this invitation shall be governed by the Sindh Public
Procurement Rules, 2010 (Amended 2019 up to date).

13. All manufactured and other items should be used in the work in accordance with the
instructions, specification in the Tender Document and also in accordance with
generally accepted norms of good workmanship.

14. The Tender documents referred to above constitute a part of this Tender and comprise
of the following documents:

a) Salient Features / Terms & Condition of the Tender Questionnaire /Proforma.


b) Evaluation Criteria.
c) Form of Agreement.
d) Scope of work / Bill of Quantities / Specification (Technical).
e) The Addendum (if any).
f) The Drawings (if any).

15. Bidding Procedure: Single Stage - Two Envelope Procedure

a) Bid shall comprise a single package containing two separate envelopes. Each
envelope shall contain separately the financial proposal and the technical
proposal;
b) Envelopes shall be marked as ―FINANCIAL PROPOSAL and TECHNICAL
PROPOSAL in bold and legible letters to avoid confusion;
c) Initially, only the envelope marked ―TECHNICAL PROPOSAL‖ shall be
opened;
d) Envelope marked as ―FINANCIAL PROPOSAL‖ shall be retained in the custody
of the procuring agency without being opened;
e) Procuring agency shall evaluate the technical proposal in a manner prescribed in
advance, without reference to the price and reject any proposal which does not
conform to the specified requirements;
f) No amendments in the technical proposal shall be permitted during the technical
evaluation;
g) Financial proposals of technically qualified bids shall be opened publicly at a
time, date and venue announced and communicated to the bidders in advance;
h) Financial proposal of bids found technically non-responsive shall be returned un-
opened to the respective bidders; and
i) Bid found to be the lowest evaluated or best evaluated bid shall be accepted.

16. In case of discrepancies between the Invitation for Bids (IFB) / Tender Notice and the
Bidding Documents, the Bidding Documents shall take precedence.
Page 3 of 35
17. The bidders are expected to examine all instructions, forms, terms, and specifications
in the bidding documents. Failure to furnish complete information required in the
bidding documents or to submit a bid not substantially responsive to the bidding
documents may result in rejection.

Page 4 of 35
SALIENT FEATURES / TERMS & CONDITION OF THE TENDER
1. Name of Work & Address PURCHASE OF MACHINERY EQUIPMENT IN
DHO GHOTKI @ MIRPUR MATHELO FOR THE
FINANCIAL YEAR 2021-22.

2. Time & Date of issue of Tenders From the date of publishing to one day before
opening of Technical Proposal, during office hours.
It should be (As mentioned in Notice inviting tender).
3. Place of Issuance of Tender OFFICE OF THE DISTRICT HEALTH OFFICER
GHOTKI @ MIRPUR MATHELO
4. Date of pre-bid meeting In case requested by bidders or informed by
Procuring Agency.
Mentioned pre-bid meeting date if any application
received considered for discuss same mentioned date
5. Method of opening of Tender Single Stage – Two Envelope as per SPPRA-Rules
2010 (Amended 2019 up to date).
6. Date & Time of Submission of Tenders As published in newspapers
It should be (As mentioned in Notice inviting tender).
7. Date & Time of Opening of Tenders / As published in newspapers
Technical Proposals
It should be (As mentioned in Notice inviting tender).
8. Date of Opening of Financial Proposals As informed by the Chairman of Procurement
Committee to all participants

9. Venue of submission & opening of Tenders OFFICE OF THE DISTRICT HEALTH OFFICER
GHOTKI @ MIRPUR MATHELO

10. Validity of Tenders 90 days as per Sindh Public Procurement Rules, 2010
(Amended 2019 up to date).
11. Amount of Earnest Money/Bid Security 2% of the Contract value total quoted amount in
shape of Pay Order / Call Deposit & Bank Guarantee
from schedule Bank in favor of OFFICE OF THE
DISTRICT HEALTH OFFICER GHOTKI @
MIRPUR MATHELO to be submitted along with
Financial Proposal and also attached photo copy
without showing amount of that pay order else the
offer will be rejected.
12. Supply of Equipment Within 45 days of Purchase order in case of DDP.

13. Installation Period It will start after receiving of equipment at site.


It will start after satisfactory installation of equipment

Page 5 of 35
at site.
14. Maintenance Period It will start after the satisfactory installation of the
equipment and issuance of Installation Certificate
from the concerned official. This period will remain
functional till Five years with service & maintenance
backup.
15. Warranty Period with replacement of Parts The warranty period of parts with Free of cost
and services replacement will be for three years along with five
years free service & maintenance from the date of
Installation.
16. (a) Contract Agreement The Contractor shall enter & execute a formal
Agreement as per the “Form” annexed with such
modification as may be necessary.
(b)Stamp Paper requirement for Agreement Rs. 0.35% of the Contract Value or as prescribed by
Government Laws.

17. Release of Earnest Money/Bid Security To un-successful bidders, after financial bid is
opened or technical bid is rejected.
Earnest Money will be released to successful Bidder
after purchase order rereleased but after 5% Security
Deposit submission.

18. Security Deposit 5% Security Deposit in the shape Pay Order Bank
Guarantee will be submitted by Contractor with
Procuring Agency which will be released as per item
20. Bank Guarantee of equal amount will also be
acceptable.

Security Deposit is deposited as per item – 19.


19. Release of Security Deposit After completion of installation and maintenance of
Defect Liability period.

20. Variation in Contract Price No variation in price shall be allowed on any ground
including currency fluctuation/variation or
whatsoever.
21. Discrepancy If there is any discrepancy between Salient Features
of Tender/Bidding Documents and respective
contents mentioned elsewhere, Salient Features /
Terms & Conditions and Additional Terms &
Conditions of Tender will govern.

22. Taxes All taxes will be deducted as per prevalent laws of


Country.
23. Approved makes As mentioned in items specifications.

Page 6 of 35
24. Special Note Regarding Equipment Technical offers / Commercial offers failing to
demonstrate below details would be rejected:
a. Quoted system must be of advanced & latest
version.
b. Tender must cover complete equipment.
c. Tender must cover complete range of disposables/
kits
d. Tender must provide all technical details up to the
satisfaction of the end user.
e. Items should be quality approved from the
concerned international body of the respective
industry.
25. (a) Inspection of Imported equipment After the award of Purchase Order, Supplier shall
manufacturing site by the client. take two persons to the manufacturing site and bear
all expenses of visit in case the cost any equipment of
Supply Order is 50 million or above.
(b) Training Supplier will provide on-site successful training to all
the personnel working on/operating the said
Equipment/ Machine as long as the need prevail.
26. Maintenance. Maintenance cost for all items for Five years from the
date of successful Installation shall be undertaken by
the Contractor (Maintenance includes service and
labor with sufficient staff, during maintenance
period).

27. Default in Preventive Maintenance,  In case of default by the Contractor with respect to
Breakdown and Emergency Calls. maintenance, break down and emergency calls, the
same will be carried out within 24 hours by the
Procuring Agency and the cost so incurred will be
paid from the Retention Money.

 Moreover an additional 10% of the amount spent


would be charged from the concerned contractor
being defaulter.

28. Cost to be quoted in BOQ.  The Contractors shall quote DDP price of the
Equipment’s including custom clearance etc. and
delivering of Equipment at site with Installation &
Commissioning cost.

 It should also include cost during maintenance


period including the parts and maintenance staff.

29. Tax Exemption. As per Government Rules and policies

Page 7 of 35
Page 8 of 35
TERMS & CONDITIONS OF TENDER
Note: No tender will be accepted after closing of the Tender box, whatsoever reason may be.

1. The Contractors responsible for PURCHASE OF MACHINERY EQUIPMENT IN


DHO GHOTKI @ MIRPUR MATHELO FOR THE FINANCIAL YEAR 2021-22. ,
will also repair all the damages done to the building while Installing Medical
Equipment at no extra-cost. So, the Contactors should take into account all such
expenditures while quoting the bid.

2. In Technical Bid, the bidder must provide original data sheet, technical brochure, and all
other relevant documents, along with copy of Pay Order / Bank Draft without showing the
amount figure otherwise, the bid will be ignored/rejected. The technical evaluation will be
done on the basis of criteria given in tender document.

3. The vendor has to fill up compliance sheet with YES/NO or put value as desired in the
column against provided specification. These specifications must be highlighted in the
brochure attached; else the offer will be rejected.

4. In Financial Bid, the vendor should mention financial offer along with Pay Order /
Bank Draft 2% value of quoted items in favor of, OFFICE OF THE DISTRICT
HEALTH OFFICER GHOTKI @ MIRPUR MATHELO. Bidder will bear all the
expenses such as bank charges, custom duty, freight charges etc. So as to avail the
facility of exemption of duties / taxes, as per Government Rules / Policy according to
the SPPRA-2010 (Amended 2019 up to date).

5. In case of supply order placed on DDP basis the bidder should supply the items within time
as specified in Tender Document i.e. 45 days. This period is extendable as per mutual
agreement/demand of situation.

6. The disclosure of firm’s price at the time of opening of Technical bid will result in the
rejection of the bid.

7. No tender will be entertained without earnest money. The earnest money will be forfeited to
Government Treasury, in case of non-submission of security money within seven (7) days of
receipt of the offer letter.

8. Only Manufacturer, its Sole Agent or Authorized Distributors can quote Medical Device,
Equipment / Machinery/ Instruments. No sub-distributor is allowed to quote. Furniture
Fixture and Other items are not placed under this clause.

9. For Single Stage Two Envelope Sections of the tender , first scrutiny of Technical Bids will
be performed by the Procurement Committee. Financial Bids of only those firms will be
opened who are qualified technically.

Page 9 of 35
10. Certificate from the Sole Agent/Manufacturer has fully equipped Workshop Trained
Personnel/ Engineers and Equipment should be provided in the technical bid and it can
be physically verified by the administration of OFFICE OF THE DISTRICT
HEALTH OFFICER GHOTKI @ MIRPUR MATHELO. The warranty period will
commence from the date of installation of the Equipment at OFFICE OF THE
DISTRICT HEALTH OFFICER GHOTKI @ MIRPUR MATHELO

11. Firm must provide complete details of their financial standing, listing of similar items
supplied in Pakistan, available local stock of items and details of office with number of
personals.

12. The vendor has to quote only one rate for each item as per tender specifications. Hand
written tenders or any over writing, cutting, should be signed.

13. Vendors should quote the items they intend to supply.

14. The bidder shall submit with the bid, an Undertaking on Non-Judicial stamp paper of Rs.
50/- duly attested by Oath Commissioner, stating that the medical equipment will be supplied
brand new, free from defects as per the approved specification, also provide two years
warranty for service and maintenance and will bind himself for availability of spares for a
period of 10 years from the date of supply. In case of winding up of his business, the supplier
will be bound to make an alternate arrangement of spares and maintenance of medical
equipment. In case of default, depreciated cost of medical equipment will be recoverable
from vendor.

15. If it has been found that the information submitted by the bidder regarding his
qualification and professional, technical, financial, legal or managerial competence as
supplier / contractor is / was false and materially inaccurate or incomplete at any stage, then
the bidder will be disqualified.

16. Suppliers / Contractors will be responsible for supply at consignee end, free of cost and
also responsible for free installation work, if required.

17. Equipment will be handed over to the Store Keeper/ OFFICE OF THE DISTRICT
HEALTH OFFICER GHOTKI @ MIRPUR MATHELO. Price escalation will not be
allowed.

18. If vendor doesn’t supply medical equipment in accordance with the supply order or fails
to supply according to terms and conditions or in case of any other default, the Performance
Security and Security Deposit would be forfeited and further action as per SPPRA rule would
be taken against such vendor.

19. If the supplier fails to give supply and install within the stipulated period, Liquidated
charges will be imposed.

20. The decision once taken will be final and will not be challenged in any Court of Law.

21. A copy of Income Tax and GST Registration Certificate should be attached along with
Technical Bid.

22. The bidding firm must be registered with PNRA department for minimum past three
Page 10 of 35
years (for x- ray items).

23. The bidder shall furnish copy of ATL (Active Tax Payer List certificate).

24. Copy of valid Professional Tax (Excise & Taxation) Certificate, Income Tax Certificate
and GST Registration Certificate should be attached with the technical bid.

25. The bidder shall furnish three years Income Tax Return Certificate.

26. Conditional Tender(s) against the Government rules and non-compliance of instructions
mentioned in Tender Form &Hand written tender(s) will not be entertained.

27. The vendor should submit a Data Sheet according to the Tender Specifications Form as
mentioned in the tender and highlight the tender specifications in their Technical Data Sheet.
Additional Features can be mentioned separately.

28. In case the information provided by bidder in Data Sheet as per Clause No. 30 is
incomplete or incorrect, the quoted item will be liable for rejection.

29. Supplier must have to provide Manual book with circuit diagram where applicable.

30. Supplier must have to arrange training on site for concerned technical staff for the supply
of Machinery and Medical Equipment

31. Central Procurement Committee, Health Department, Govt. of Sindh reserves the right to
reject or accept any / all tender(s) as per SPPR-2010 (Amended 2019 up to date).

32. The system will have the minimum uptime 95% in case of down time beyond this period
the following penalty will be applied:

a) 95% to 100% No penalty.


b) 90%to95% the warranty period will be extended by the number of days system in down.
c) 85% to 90% warranty period will be extended 1.5 time the down time period
d) 80% to 85% warranty period will be extended two time for the down time period and
supplier is supposed to give justification of delay.
e) Uptime less than 80% hospital will complain to the Principal to take action against the
supplier and warrant\' will be the three time for the down time period.
f) However, PPM(Periodic Preventive Maintenance)will not be considered in the down time
and PPM of the system will be done as per manufacturers commendation.

33. Payment of DDP basis, the vendor shall submit Bill/Invoice for the purchase ordered
value after delivery, installation and issuance of satisfactory report by the end user.

34. Bids shall remain valid for 90 days after the date of bid opening and same may be
extended in terms of Rule 38 (2) (3) (4) of SPPRA Rules.

35. Bid should be inclusive of all Government taxes (if applicable) and the same will be paid
by the Contractor except withholding tax and 0.35% Stamp Duty which will be deducted at
source in office of the Accountant General Sindh Karachi.

36. 20% of the due Sindh Sales Tax (if applicable) will be deducted from the bill of the
Page 11 of 35
Contractors / Suppliers while remaining 80% will be deposited by the Contractors / Suppliers
themselves.

37. The bid security will be forfeited to the Government, if the bidder withdraws his bid after
opening and before the expiry of the bid validity period or fails to sign the contract in
stipulated time if the bid is accepted.

38. The Procuring Agency may reject all or any bid at any time prior to the acceptance of a
bid or proposals, subject to the relevant provision of SPP Rules, 2010 (Amended 2019 up to
date). Payment will be made within four weeks after receipt of bill / invoice duly fills in all
respects.

39. Prices quoted shall remain valid up to One Year.

40. Bids submitted late due to any reason what so ever, shall not be considered and returned
unopened to the bidder or his authorized representative.

41. Registration from Sindh Revenue Board is not required in procurement of Goods.

I / We agree to above mentioned terms & conditions:


Name of Contractor _________________________ Signature __________________________
(CNIC NO __________________ (Copy must be attached).)
Full Address _________________________________________________________________
____________________________________________________________________________
Rubber Stamp ___________________________________________

Page 12 of 35
DOCUMENT CHECKLIST
Please review the following list of all documents to be enclosed with the Technical
Proposal. These are the “MANDATORY DOCUMENTS” non-submission of any one of
the mandatory documents will lead to disqualification and no further assessment of
tender will not be done hence “TECHNICALLY REJECTED”

S.NO DOCUMENT DESCRIPTION YES / NO PAGE #


1 Tender Purchase Receipt (Original)/Pay order
Bid Security (Copy with value hidden in Technical Proposal; Original
2
in Financial)
3 Bidding Documents (Duly filled, Signed & Stamped by Bidder)
4 Technical Proposal on Bidder’s Letterhead
5 Compliance sheet on letter head
6 Undertaking (as per sample form)
7 Certificate (as per sample form)
8 Income Tax & GST Registration Certificate
9 Professional Tax Certificate (Sindh)
10 SECP Incorporation Certificate (where applicable)
11 PNRA Registration Certificate (where applicable)
12 PEC Registration Certificate (where applicable)
DRAP license for company establishment for Medical Equipment
13
Only.
14 Company Profile
15 Bank Account Maintenance Certificate
16 Income Tax Returns (last 3 years)
17 Audited Financial Statement (last 3year)
18 Workshop for After Sales Services
Technical Team Details (Workshop details & Technical Staff Bio
19
data with Training Certificates)
20 Manufacturer’s Authorization (as per sample form)
21 Catalogue / Brochures (original)
22 Product Technical Data Sheet
ISO 9001of bidder (where applicable) (website link must be
23
provided for verification)
ISO 13485 of Manufacturer (where applicable)(website link must be
24
provided for verification)
CE/ FDA510(K) / JIS / MHLW (where applicable)(website link
25
must be provided for verification)

Page 13 of 35
Note:
 Mandatory documents are mentioned in ‘Instructions to Bidders’.
 All pages of the bid, except for un-amended printed literature, shall be initialed by the
Bidder.

BIDDER'S DETAILS FOR NOTICE PURPOSES

Bidder Name:
Address:
Tel No.
Fax No.
Contact Person
Name:
Mobile No.
Email Address:

Page 14 of 35
PURCHASE OF MACHINERY EQUIPMENT IN DHO GHOTKI @
MIRPUR MATHELO FOR THE FINANCIAL YEAR 2021-22.

EVALUATION CRITERIA
Note:
Financial proposal must be submitted on company letter head duly signed and stamped. Bidder is
required to type their offer in figure and as well as in words of the total amount; else the offer
would be rejected.
EVALUATION / QUALIFICATION
1. The procuring agency reserves the right to evaluate and compare the bids on itemized basis
OR on basis of a group of similar nature goods OR goods compatible with each other.
2. The following merit point system for weighing evaluation factors/criteria will be applied
for technical proposals.
3. Bidders achieving minimum 70 marks will be considered only for further process.
Documentary evidence must be attached in support of each parameter.
4. Any Bid not meeting the mandatory requirements of evaluation criteria will be
disqualified / rejected straight away and will not be considered for further evaluation.
5. Provide website link of product certification for online verification.
A. PRODUCT EVALUATION
Total
S# PARAMETERS / SUB-PARAMETERS
Marks
1 Conformity to the Purchaser's Specifications (Mandatory) 40
1.1 Fully compliant with the required specifications 40
1.2 Compliant with minor deviation (up to 10% subject to main function is not 30
affected)
1.3 Non-compliant to required specifications Disqualify
2 Product Certification 15
2.1 USA Food & Drug Administration (USA-FDA) and European Community 15
(CE) MDD and Japan Industrial Standard (JIS) / Japan Quality Assurance
Organization (JQAO) / Certificate issued by Ministry of Health, Labor and
Welfare Govt. of Japan
2.2 European Community (CE) MDD and Japan Industrial Standard (JIS) / 12
Japan Quality Assurance Organization (JQAO) / Certificate issued by
Ministry of Health, Labor and Welfare Govt. of Japan OR
USA - Food and Drug Administration (USA-FDA) and European Community
(CE)
2.3 USA - Food and Drug Administration (USA-FDA) 10
2.4 European Community (CE) MDD 08
2.5 Japan Industrial Standard (JIS)/Japan Quality Assurance Organization (JQAO)/ 08
Certificate issued by Ministry of Health, Labor and Welfare Govt. of Japan
TOTAL MARKS PRODUCT EVALUATION (A) 55
B. BIDDER EVALUATION

Page 15 of 35
Total
S# PARAMETERS / SUB-PARAMETERS
Marks
3 Presentation of Documents 03
3.1 Documents must be submitted in binding, with filled Table of Content, 03
Page Numbering and tagging wherever required (Non submission in this
form will be marked zero)
4. Manufacturer’s Authorization (Mandatory) 05
4.1 Valid Authorization of Manufacturer/Importer /Distributor/Sole Agent of 05
goods
4.2 Non-submission of valid manufacturer’s authorization /Importer Disqualify
/Distributor /Sole Agent of goods
5. Technical Staff 10
5.1 Diploma Engineers in relevant field (2 mark for each) 04
5.2 Graduate Engineers in relevant field (2 marks for each) 06
6. Networking 04
6.1 Networking setup across Pakistan (1 mark for each setup) 04
7. Delivery Schedule at consignee’s end 02
7.1 Up to 45 days DDP 02
7.2 More than 45 days 00
8. Past Experience / Performance of Last 3 years 06
8.1 Bidder’s prior experience for supplying the quoted model or equipment of 06
better specification to the Public / Private Sector Universities /
Government / Semi-Government Organization (Provincial / Federal / Local)
in Pakistan during the last 3 years. Documentary evidence in shape of
Purchase Order and Installation Report / Satisfactory performance certificate
must be attached. (1 mark for each equipment / instrument)
9. Average Annual Turnover during last three (03) financial years 10
(Audited Statements of Accounts and Income Tax Return Forms must
be attached as supporting documents)
9.1 Turn over below PKR 200 million 00
9.2 Turn over above PKR 200million 04
9.2 Turn over above PKR 300 million 06
9.3 Turn over above PKR 400 million 08
9.4 Turn over above PKR 500 million 10
10. Bonus points 5
10.1 Free of Cost Extended Warranty (in accordance with the standard warranty 5
period) at least for one year including parts & services &labor.
(Bidder offering greater extended warranty period will get the full marks)
TOTAL MARKS BIDDER EVALUATION (B) 45
GRAND TOTAL (A + B) 100

1.5 Only those item's Financial offer will be announced / considered which were
technically qualify by the Committee. Bidders are advised to give separate sealed
envelope (s) of every quoted item and should mention the name of the item and
tender serial number on the front of the sealed envelope in BOLD and legible
letters to avoid confusion, otherwise, the Financial Proposal Envelope will be
opened on qualified item basis and it will not be challenged by the bidder that
Page 16 of 35
procuring agency has opened the Financial Proposal of the disqualified items
besides qualified items.
1.6 Litigation History
The Bidder should not be involved in any litigation with the Public / Private
Sector University / Government Organization (Provincial / Federal / Local), else
their bid will be rejected.
2. CONTACTING THE PROCURING AGENCY
2.1 No bidder shall contact the Procuring Agency on any matter relating to its bid,
from the time of the bid opening to the time the Contract is awarded. If any bidder
wishes to bring additional information to the notice of the Procuring Agency, it
may do so in writing.
2.2 Any direct or indirect effort by a bidding firm to influence the Procuring Agency
during the process of selection of a bidder or award of contract may besides
rejection of its bid result into its disqualification from participation in the
Procuring Agency's future bids.
3. REJECTION OF BIDS
3.1 Notwithstanding anything stated here-before after the Procuring Agency may
reject any or all bids at any time prior to the acceptance of a bid. The Procuring
Agency may upon request, communicate to a bidder, the grounds for its rejection,
but shall not be under obligation to justify those grounds.
4. RE-BIDDING
4.1 If the Procuring Agency has rejected all bids, it may move for a re-bidding or may
seek any alternative method of procurement under the provisions of the prevailing
Rules.
5. ANNOUNCEMENT OF EVALUATION REPORT

5.1 The Procuring Agency will announce the Evaluation Report and the resultant
acceptance or rejection of bids at least seven days prior to the award of
procurement contract.

Page 17 of 35
REQUIRED TECHNICAL SPECIFICATION

Qty Unit Rate Total cost


S. No Description of Store (Figures & (Figures &
Words) Words
1 CBC Machine
Specification:

Multiple inlets
 MPA -20ul micro pipette adaptor directly in the system.
 Pre-dilutes -Separate inlet with built in dispenser function.
 Open tubes -With automatic cleaning of probe.

Parameter
 RBC (histogram), HCT, MCV, RDW%, RDWa, MCH,
MCHC, HGB, PLT (histogram), MPV, PCT, LPCR, PDW,
WBC total (histogram),LYMa, LYM%, MIDa, MID%, GRAa,
GRA %, (histogram)

Multi-view function
 Display results as preferred.
 Classic view with histograms.
 Reference scales for quick overview.
 Sample list for analysed samples.
 Multi-view function

Automated QC
 With the barcode-interfaced administration of calibrators and
controls handling is simple and pool-proof.
 Automated QC

Patient profiling
 Programmable patient profiles with unique analyzer settings.
Create reports having everything from just a HGB value or a
full blood status, or use this function to make separate
analyzing profiles for infants or other patient groups with
different characteristics Patient profiling

OR Equivalent
FDA/CE/JIS APPROVED
USA/EUROPE/JAPAN
Manufacturers from other countries (other than USA, Europe or Japan)
will be accepted if equivalent has FDA 510(k), CE, JIS or JQAO
certifications (Any Two Certificates).
Warranty period shall be of three years starting from date of
installation of equipment to the consignee end.
2 Biochemistry Analyzer
Specification
Page 18 of 35
Light Source
 Quartz-iodine lamp 12V-20W.
Wavelength Range
 Optical unit with 12 position filter wheels
 340, 405, 505, 546, 578, 620 nm standard installed
 6 positions for optional filters.
Photometric Range
 to 2.3 Absorbance
 Resolution 0.001 Abs.
Detector
 Photo diode (320-1000 nm).
Blanking
 Automatic zero setting.
Operator Interface
 Membrane keyboard, for direct function and alpha-numeric entry
 Optional external keyboard
 High contrast graphical LCD display
 Real time clock, 24 hours system.
Measurement Procedures
 Kinetic measurement with linearity check
 Kinetic, with linearity check and sample slope blank
 Two point kinetic, with or without reagent blank
 End point, with or without reagent blank
 Bichromatic end point, with or without reagent blank
 End point, with sample blank and with or without reagent blank.
Multiple Testing
 Up to nine replicates
 Means, SD and CV.
Measurement Time
 Programmable, 2 to 998 seconds for kinetic and two point type of
tests
 For end point fixed at 2 seconds.
Delay Time
 Programmable, 0 to 999 seconds.
Parameter Setting
 Method name
 Measurement mode
 Wavelength 1 and 2
 Aspiration volume
 Measurement delay
 Measurement time
 Factor
 Concentration standards
 Reagent blank y/n
 Sample blank y/n
 Units for results
 Levels for flagging
 Curve fit y/n
 Linearity check.
Calibration
 Factor, one-point, two-point and multi-point
 Automatic on 1 standard (linear mode)
Page 19 of 35
 Automatic on up to 10 standards (non-linear mode).
Quality Control
 Two controls per test
 QC survey of last 30 control measurements
 Levey Jenning plot
 High/low flags.
Flowcell
 Metal, with quartz windows, measuring volume 30 μL.
Temperature Control
 By means of Peltier elements
 Fixed temperature at 37°C.
Aspirator System
 Internal pump of bellows type, driven by stepper motor:
 Back panel connection for waste
 Aspiration volume programmable.
Printer (Optional)
 Dot Matrix
 External printer port available.
Signal Interface
 RS 232 type serial port
 PS 2 type port for external keyboard.
Standards and Regulations
 CE -IVD
 CB
 UL.

OR Equivalent
FDA/CE/JIS APPROVED
USA/EUROPE/JAPAN
Manufacturers from other countries (other than USA, Europe or Japan)
will be accepted if equivalent has FDA 510(k), CE, JIS or JQAO
certifications (Any Two Certificates).
Warranty period shall be of three years starting from date of installation
of equipment to the consignee end.
3 Centrifuge Machine
Specification:

 Maximum speed : 4.100 rpm Swing-out / 14.000 rpm Angle


 Maximum RCF : 3.045 xg Swing-out / 18.405 xg Angle
 Maximum capacity : 4 x 200 ml Swing-out / 24 x 1,5/2 ml
Angle
 Programmable microprocessor control system
 Programmable by RCF and RPM
 Digital displays for program number, speed, time, rcf,
acceleration and braking
 10 program memories
 Timer : 1 - 99 minutes and hold position
 10 acceleration / 10 braking rates
 Ventilation system
 Maintenance-free induction motor
 Safety features : Imbalance detection, lid interlock, chamber
Page 20 of 35
guard ring, motor over temperature, rotor over speed,
diagnostic system
 Delivered without rotor
 Puller for rotor removal
 RA 200 Swing-out rotor 4 x 200 ml, 4.100 rpm, 3.045 xg
 Set of 4 buckets for RA 200
 Set of 4 buckets with sealing cap Set of 4 200 ml PP bottles
with cap Set of 4 inserts 1 x 100 ml
 Set of 4 inserts 1 x 50 ml conical
 Set of 4 inserts 7 x 15 ml
 Set of 4 inserts 3 x 15 ml conical
 Set of 4 inserts 7 x 5/7 ml
 RS 450 Angle Rotor 30 x 15 ml 4.100 rpm 3.007 xg

OR Equivalent
FDA/CE/JIS APPROVED
USA/EUROPE/JAPAN
Manufacturers from other countries (other than USA, Europe or Japan)
will be accepted if equivalent has FDA 510(k), CE, JIS or JQAO
certifications (Any Two Certificates).
Warranty period shall be of three years starting from date of installation
of equipment to the consignee end.
4 LCD Microscope (Olympus)
Specification:
Features
 Built-in transmitted illumination System LED
 Frame should have end opening, Stage Focusing Lock
 Stage height movement coarse and fine Focusing on both sides
of frame
 Fixed quadruple nosepiece
 Abbe type with aperture iris diaphragm NA:1.25
 Finite Semi-Plan Achromatic objectives(anti-fungus)
 Extra Wide Field Eyepiece EW10x/18 with Diopter
Adjustment as Optional Comfortable Observation with
Eyepoint and Interpupillary Adjustable Technical
Specifications
 This binocular microscope is an ideal instrument for the
biological, histological, and pathological fields, and can be
widely used in medical and sanitary establishments,
laboratories, institutes, academic laboratories,
 colleges and universities.
 Viewing Head: Sliding Binocular Head Inclined at 45°, 360°
Rotatable; 55-
 75mm interpupillary distance. Anti-Fungus.
 Eyepiece: Wide Field Eyepiece WF10×/ 18 with diopter
adjustment
 Nosepiece; Quadruple Nosepiece
 Objective: Finite Semi-Plan Achromatic Objective 4×, 10×,

Page 21 of 35
40×, 100×
 Total magnifications: With 10x eyepiece: 40×, 100×, 400×,
1000×
 Stage: Double Layer Mechanical Stage 140×140mm/
75×50mm
 Focus: Coaxial Coarse & Fine Adjustment, Fine Division
0.002mm, Coarse Stroke 37.7mm per Rotation, Fine Stroke
0.2mm per Rotation, Moving Range 28mm
 Condenser: Abbe NA 1.25 with Iris Diaphragm & Filter
 Illumination: LED Illumination 3W, 6V 20W Halogen light,
Brightness
 Adjustable (optional)
 Body / Energy: Body firm backing of Aluminum and built in
power supply
 110-240V
 Supplied with: Dust cover, green filter, immersion oil and user
manual

OR Equivalent
FDA/CE/JIS APPROVED
USA/EUROPE/JAPAN
Manufacturers from other countries (other than USA, Europe or Japan)
will be accepted if equivalent has FDA 510(k), CE, JIS or JQAO
certifications (Any Two Certificates).
Warranty period shall be of three years starting from date of installation
of equipment to the consignee end.
5 Mini Blood Bank
Specification:
 Blood Bank Refrigerator, Cabinet Type and Upright
 5 Drawers
 Cooling Type: Forced air cooling
 Defrost Mode: Auto
 Refrigerant: CFC-Free
 Noise Lever: 43 dB
 Temperature Range: 4±1 °C
 Controller: Microprocessor
 Display: LED
 Capacity: 358L / 12.7 Cu. Ft
 Storage Capacity: 200 (450ml blood bags)
 High/Low Temperature
 Remote Alarm
 Power Failure
 Sensor Error
 Low Battery
 Door Ajar
 Caster
 Foot
 Test Hole

Page 22 of 35
 Temperature Recorder
 Power Supply: 220-240V/50Hz
 Power: 460W
 Electrical Current: 3 A

OR Equivalent
FDA/CE/JIS APPROVED
USA/EUROPE/JAPAN
Manufacturers from other countries (other than USA, Europe or Japan)
will be accepted if equivalent has FDA 510(k), CE, JIS or JQAO
certifications (Any Two Certificates).
Warranty period shall be of three years starting from date of installation
of equipment to the consignee end.
6 X-Ray Machine with Flat Panel Detector
Specification:

SPECIFICATIONS OF THE GENERATOR


 The highest high-frequency high-voltage generator, working
frequency can reach 460KHz. or more
 High control precision, KV, mA real-time control.
 Perfect protection circuit, the generator temperature, overheating,
overcurrent, overvoltage, flint, tube hot-melt overload protection
complete.
 Generator with wide working voltage range, power distribution
design adapt to the actual situation of Power Grid.
 Power: 50KW or better
 Tube Current: 10mA~640mA; higher mA will reducing blur caused
by organ motion, the chest X-ray examination is particularly
advantageous.
 Input: 3Φ, 380VAC(400/415/440) ±10% , 50Hz/60Hz or better
 mAs: 0.1~640mAs or more
 Exposure time: 1ms~8S or more
 Exposure voltage kV: 40-150kV or better
 Cooler: natural air cooling
 Ripple: less than ±1% or better
 ARP: ≥1000 position
 Power Input: 380/400/415/440V~ 3ph 50/60Hz±1Hz; ≥ 90kVA
Standby:1kVA or better

SPECIFICATIONS OF X-RAY TUBE


 Rotating anode X-ray tube, specifically designed for digital systems.
Anode rotation speed is 3200r/min (60Hz) or 2700r/min(50Hz) or
more
 Enhanced anode heat dissipation, provided by high emittance coating
and target design. Anode heat storage capacity is 163kJ/230kHU. or
more
 Max anode heat dissipation rate: 750W (1056HU/sec) or more
 Target angle: 12°
 Nominal focal spot: dual focus 0.6 mm/1.2 mm or better
 Small focus power: 20kW(50Hz), 22kW(60Hz) or more

Page 23 of 35
 Large focus power: 50kW(50Hz), 54kW(60Hz) or more
 Tube Voltage: 40~ 150kV or better
 Max current range: 300/700 mA or better
 Housing heat storage capacity: 975kJ /1354 kHU or more
 Max housing heat dissipation rate: 196W(272 HU/sec) or more
 Cooling method: natural cooling
 Inherent filtration: 1.3mmAl/75kV or more

SPECIFICATIONS OF FLAT PANEL DETECTOR


 Portable flat panel detector makes examination easier even on a
stretcher bed or Wheel chair.
 Material : Amorphous silicon (a-Si) semiconductor with cesium
lodide (CsI) scintillator
 DQE: ≥56%(@0lp/mm,RQA5)
 Pixel area(Detector size): 14x17inch/35x43cm or better
 Pixel size: 140 μm or more
 Matrix size: 2560×3072 or more
 Dynamic range: 16bit or more
 Spatial Resolution: 3.7lp/mm or better
 Imaging time of imaging system: ≤3.8s or more
 Preview time of imaging system: ≤3.4s or more
 Cycle time of imaging system: 6s or better
 Cooling Method: Natural cooling
 Wire Length: 10 m or more
 Data transmission method: Ethernet

SPECIFICATIONS OF COLLIMATOR
 Manual collimator is easy to use.
 Four choice for additional filtration:0, 0.5, 1.0 , 1.5mm AI, which
will Provide more choice of X-ray penetration to adapt different
thickness position of patients.
 Rotation degree reach 360°,every 15°will stop. The FOV even can
adapt to various complex position.
 Beam shape: rectangular
 Inherent filtration: 1.0mmAl/70kV or more
 Full field light localizer: LED light localizer
 Input energy: 30 VAC±10%, 50/60 Hz±1Hz, 300 W; 24VDC±4V,
100 W or better
 Collimator light: LED lamp (input power: 24 V, 150 W) or better

SPECIFICATIONS OF X-RAE TUBE ASSEMBLY SUPPORT


SYSTEM
 Control mode: Manual
 Tube assembly vertical travel range: 1240 mm(560mm~
1800mm),±5% or more
 Tube assembly longitudinal movement: 1720 mm,±5%or more
 Tube vertical axis rotation angle: -180°~180° or better
 Tube horizontal axis rotation angle: -180°~180° or better
 Tube tilting angle: ≥37°(-20°~17°)or better

SPECIFICATIONS OF THE PATIENT TABLE

Page 24 of 35
 Load bearing: ≥ 200 kg or more
 Tabletop Size (L×W): 2120 mm×825 mm or more
 Table panel floating range: trans:±130mm; logn:±450mm; ( manual )
or better
 Table height: 650 mm or better
 Tabletop filtration: ≤1.2mmAl/100kV or more
 Brake: With footplate-brake on the wheels

SPECIFICATIONS OF WALL STAND


 Type: Bucky stand.
 Movement method: Manual
 SID: 1000~2000mm or more
 Brake: Mechanical
 Detector assembly vertical travel range: 1450mm or more

SPECIFICATIONS OF GRID
 Type: Focused grid, stationary fixed grid
 Focus: 1 m; 1.8 m or better
 Grid ratio: 8:1 or better
 Grid density: 40 lines/cm or more

SPECIFICATIONS OF ACQUISITION WORKSTATION


 Operation system: Windows 7
 CPU: Intel Core 2-3.0GHz or better
 Hard disk storage: ≥500GB or more
 RAM memory: ≥4GB or more
 CD/DVD R/W: standard configuration
 Image acquisition workstation monitor: LCD
 Screen size: 19 inch or better
 Dot pitch: ≤ 0.294 mm or more
 Max. resolution: 1280×1024 or better
 Max. lightness: ≥ 250 cd/m2 or more
 Image processing system: DROC, network communication meets the
DICOM 3.0 standard, achieving management over patients and
images.
 Operator Console Desk: optional configuration

ENVIRONMENTAL CONDITIONS
 Operating temperature range: 10 ℃ to 40 ℃ or better
 Operating relative humidity range: 20 % to 75 % or better
 Operating atmospheric pressure range: 70 kPa to 106 kPa or better
 Storage Ambient temperature range: -10 ℃ ~ 55 ℃ or better
 Storage relative humidity range: 10 % ~ 95 %or better
 Storage atmospheric pressure range: 70 kPa ~ 106 kPa or better

OPTIONAL
 Exposure mode: Manual/AEC (optional)
 Radiation dose display: DAP (optional)
 UPS: Appropriate UPS system for acquisition work station (optional)

OR Equivalent
Page 25 of 35
FDA/CE/JIS APPROVED
USA/EUROPE/JAPAN
Manufacturers from other countries (other than USA, Europe or Japan)
will be accepted if equivalent has FDA 510(k), CE, JIS or JQAO
certifications (Any Two Certificates).
Warranty period shall be of three years starting from date of installation
of equipment to the consignee end.
7 Computer System + Lab Solution

OR Equivalent
FDA/CE/JIS APPROVED
USA/EUROPE/JAPAN
Manufacturers from other countries (other than USA, Europe or Japan)
will be accepted if equivalent has FDA 510(k), CE, JIS or JQAO
certifications (Any Two Certificates).
Warranty period shall be of three years starting from date of installation
of equipment to the consignee end.
8 Ambulance
Specification:
Toyota Hiace Deluxe High Roof 2.8L (Manual) with following
accessories
 Wooden Flooring
 Vinyl Flooring
 Partition wall
 Upper side cabinet
 Front Cabinet
 Attendant Bench 4 person
 Stretcher trolley
 Oxygen Cylinder
 Oxygen Regulator
 Oxygen lining
 Outlet for oxygen
 Oxygen Flowmeter
 Frosted paper on glass
 I.V Hook
 Fan
 B.P Apparatus wall mounted
 B.P Apparatus Dial

Page 26 of 35
 Glucometer
 Thermo Meter
 Stethoscope
 Syringe Cutter
 Gloves
 Suction Machine
 Ambo Bag
 Led Lights from room
 Fire Extinguisher
 Doctor Light
 First Aid Box
 One Folding Stretcher
 Ambulance logo
 Tissue holder
 Water cooler
 Battery box
 Upper side handle
 Emergency lights
 P.A System
 Invertor 220 volts
 Hand Lamp
 Rear Spot Light for Emergency
 Burn kit
 Blanket
 Towel Holder
9 Solarization
Specification:
 Balance of system Supporting items included
 Civil Work
 Inverter (10kWx3)
 Batteries Storage (28 Tubelar)
 Solar Panel Structure

Page 27 of 35
 PV Solar Panels (Grade A, Tier 1 400+ wattage)
ISO, CE CERTIFIED
Export Quality
10
NVD Tables

11 Mattress 10 Beds Each RC6000/-


Specification:

 Size 6(L)* 4(W)* 6” (Thickness) superior quality equal to


molty foam with warranty.

ISO, CE CERTIFIED
Export Quality Pakistan Made
12 Curtains & Side Screen
Specification:
 Bed Side Screen : with curtain
 Size : 66" H x 96" L
 Tubular frame work mounted on 5 cms castors with curtains
Pre-treated and Epoxy Powder Coated.

ISO, CE CERTIFIED
Export Quality Pakistan Made

Page 28 of 35
BID LETTER FORM

From:
(Registered name and address of the bidder)
To:
OFFICE OF THE DISTRICT HEALTH OFFICER GHOTKI @ MIRPUR MATHELO

Dear Sir / Madam,


Having examined the bidding document and amendment thereon we the undersigned,
offer to provide services to the works including in conformity with the terms and conditions of
the bidding document and amendments there on, for the following project in response to your
tender call dated___________________
Tender Title: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
We undertake to provide services/execute the above project or it part assigned to us in
conformity with the said bidding documents for an estimated sum of
Rs.____________________(Rupees ______________________________________________)
(total bid amount in words and figures) which may vary in accordance with the schedule of
prices attached herewith and coverage options made by Drug Testing Laboratory Sindh or its
user organization.
If our bid is accepted, we undertake to;
1) Provide services/execute the work according to the time schedule specified in the bid
document,
2) Obtain the performance guarantee of bank in accordance with bid requirements for the due
performance of the contract, and
3) Agree to abide by the bid conditions, including pre-bid meeting minutes if any, which remain
binding upon us during the entire bid validity period and bid may be accepted any time
before the expiration of that period.
4) We understand that you are not bound to accept the lowest or any bid you may receive, nor to
give any reason for the rejection of any bid and that you will not defray any expenses
incurred by us in bidding.

Place: Bidder’s signature


Date: and seal.

Page 29 of 35
MANUFACTURER'S AUTHORIZATION FORM
[SEE CLAUSE 11.1 (A) OF THE INSTRUCTION TO BIDDERS]

To: OFFICE OF THE DISTRICT HEALTH OFFICER GHOTKI @ MIRPUR MATHELO


WHEREAS [name of the Manufacturer] who are established and
reputable Manufacturers of [name and /or description of the goods] having
factories at [address of factory] do hereby authorize [name and
address of Bidder / Agent] to submit a bid, and subsequently follow-up / negotiate and sign
the Contract with you against Invitation for Bids (IFB) / Tender Notice for the goods
manufactured, by us, under the patent name of ___________________
_____________________ for performance of the contract.

We hereby commit and assure our full guarantee and warranty / guarantee as per Clause 12 of
the General Conditions of Contract for the goods offered for supply by the above mentioned firm
against this Invitation for Bids.

[Signature for and on behalf of Manufacturer]


Note:
This letter of authority should be on the letterhead of the Manufacturer and should be signed by a
person competent and having the power of attorney to bind the Manufacturer. It should be
included by the Bidder in its bid.

Page 30 of 35
CONTRACT FORM
THIS AGREEMENT made the ……........ Day of …………………(year) Between the Procuring Agency
(hereinafter “the___________________”) of one part and …………….(Name of Vendor) of
……………………..(City and country of Vendor) (Hereinafter “the Supplier”) of the other part:
WHEREAS the _____________________is desirous that certain Supplies, as described in the bid
document and briefly outlined below, should be provided by the Vendor.
Date of tender call:
Title of the project:
Brief outline of the work:
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS;
In this agreement words and expression shall have the same meanings as are respectively assigned to
them in the bid document referred to.
The following document shall be deemed to form and be read and construed as part of this Contract, viz..
1) Bid document(s)
2) Pre-bid conference minutes if any,
3) Clarification on bid document issued if any,
4) OFFICE OF THE DISTRICT HEALTH OFFICER GHOTKI @ MIRPUR MATHELO
notification of award.

In case of conflict among documents mentioned above, the documents mentioned above in reverse
order will prevail over other documents. In consideration of the payments to be made by the
OFFICE OF THE DISTRICT HEALTH OFFICER GHOTKI @ MIRPUR MATHELO to the
Supplier as hereinafter mentioned, the Supplier hereby covenants with the OFFICE OF THE
DISTRICT HEALTH OFFICER GHOTKI @ MIRPUR MATHELO. . . . . . . . . . . . . . . . . . . . . .
.) and to remedy defects therein conformity, in all respects, with the provisions of the contract.

OFFICE OF THE DISTRICT HEALTH OFFICER GHOTKI @ MIRPUR MATHELO


hereby covenants to pay the Supplier in consideration of the provision of the goods and services and
the remedying of defects therein, the contract price or such other sum as may become payable under
the provisions of the contract at the times and in the manner prescribed by the contract.

Brief particulars of the services which shall be supplied/provided by the Supplier are as under:
Solutions, service or material Quantity Unit price Amount Remarks

IN WITNESS whereof the parties hereto have caused this Agreement executed the day and year above
written.
Signed, sealed, delivered by__________________________________ the (for the Procuring agency)
Signed, sealed, delivered by__________________________________ the (for the Supplier)

Page 31 of 35
FORM OF PERFORMANCE SECURITY
(Bank Guarantee)

Guarantee No.: _________________


Executed on: ___________________
Expiry date: ___________________

[Letter by the Guarantor to the Employer]

Name of Guarantor (Bank) with complete address (Scheduled Bank in Pakistan):


_____________________________________________________________________________________
Name of Principal (Contractor, Manufacturer, Supplier or any bidder) with complete address:
_______________________________________________________________________________
Penal Sum of Security (express in words and figures):
_____________________________________________________________________________________
_______________________
Letter of Acceptance No.________________________________________ Dated: __________________

KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bidding Documents
and above said Letter of Acceptance (hereinafter called the Documents) and at the are e of the said
Principal we, the Guarantor above named, are held and firmly bound unto the OFFICE OF THE
DISTRICT HEALTH OFFICER GHOTKI @ MIRPUR MATHELO (hereinafter called the
Employer) in the penal sum of the amount stated above for the payment of which sum well and truly to
be made to the said Employer, we bind ourselves, our heirs, executors, administrators and successors,
jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has accepted the
Employer’s above said Letter of Acceptance for __________________________ (Name of Contract) for
the _______________ (Name of Project).

NOW THEREFORE, if the Principal (Contractor) shall well and truly perform and fulfill all the
undertakings, covenants, terms and conditions of the said Documents- during the original terms of the
said Documents and any extensions thereof that may be granted by the Employer, with or without notice
to the Guarantor, which notice is, hereby, waived and shall also well and truly perform and fulfill all the
undertakings, covenants terms and conditions of the Contract and of any and all modifications of said
Documents that may hereafter be made, notice of which modifications to the Guarantor being hereby
waived, then, this obligation to be void; otherwise to remain in full force and virtue till all requirements of
Condition of Contract are fulfilled.

Our total liability under this Guarantee is limited to the sum stated above and it is a condition of any
liability attaching to us under this Guarantee that the claim for payment in writing shall be received by us
within the validity period of this Guarantee, failing which we shall be discharged of our liability, if any,
under this Guarantee.

We,_________(the Guarantor), waiving all objections and defenses under the Contract, do hereby
irrevocably and independently guarantee to pay to the Employer without delay upon the Employer's first
written demand without cavil or arguments and without requiring the Employer to prove or to show
grounds or reasons for such demand any sum or sums up to the amount stated above, against the
Employer's written declaration
that the Principal has refused or failed to perform the obligations under the Contract which payment will
be effected by the Guarantor to Employer's designated Bank & Account Number.

PROVIDED ALSO THAT the Employer shall be the sole and final judge for deciding whether the
Page 32 of 35
Principal (Contractor) has duly performed his obligations under the Contractor has defaulted in fulfilling
said obligations and the Guarantor shall pay without objection any sum or sums up to the amount stated
above upon first written demand from the Employer forthwith and without any reference to the Principal
or any other person.
IN WITNESS WHEREOF, the above-bounden Guarantor has executed this Instrument under its seal on
the date indicated above, the name and corporate seal of the Guarantor being hereto affixed and these
presents duly signed by its undersigned representative, pursuant to authority of its governing body.

Witness:

________________________
Guarantor (Bank)
1. _____________________________
(Name, Title, Signature & Seal)

Signature:
_______________________
2. _____________________________ Name:______________
(Name, Title, Signature & Seal) Title: _________________

Page 33 of 35
INTEGRITY PACT
DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC
PAYABLE BY THE SUPPLIERS/CONTRACTORS/CONSULTANTS

Contract Number: NO. ____________________ Dated: ___________


Contract Value: Rs. ____________________________________________
Contract Title: _______________________________________________

M/s. ____________________hereby declares that it has not obtained or induced the procurement of
any contract, right, interest, privilege or other obligation or benefit from Government of Sindh (GoS)
or any administrative subdivision or agency thereof or any other entity owned or controlled by it
(GoS) through any corrupt business practice.
Without limiting the generality of the foregoing, M/s. __________________represents and warrants
that it has fully declared the brokerage, commission, fees etc. paid or payable to anyone and not
given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either
directly or indirectly through any natural or juridical person, including its affiliate, agent, associate,
broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission,
gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with
the object of obtaining or inducing the procurement of a contract, right, interest, privilege or other
obligation or benefit, in whatsoever form, OFFICE OF THE DISTRICT HEALTH OFFICER
GHOTKI @ MIRPUR MATHELO, except that which has been expressly declared pursuant
hereto.
M/s. ____________________ certifies that it has made and will make full disclosure of all
agreements and arrangements with all persons in respect of or related to the transaction with PA and
has not taken any action or will not take any action to circumvent the above declaration,
representation or warranty.
M/s. ____________________ accepts full responsibility and strict liability for making any false
declaration, not making full disclosure, misrepresenting facts or taking any action likely to defeat the
purpose of this declaration, representation and warranty. It agrees that any contract, right, interest ,
privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to
any other right and remedies available to PA under any law, contract or other instrument, be voidable
at the option of PA.
Notwithstanding any rights and remedies exercised by PA in this regard, M/s.
_____________________agrees to indemnify PA for any loss or damage incurred by it on account of
its corrupt business practices and further pay compensation to PA in an amount equivalent to ten time
the sum of any commission, gratification, bribe, finder’s fee or kickback given by M/s.
______________________ as aforesaid for the purpose of obtaining or inducing the procurement of
any contract, right, interest, privilege or other obligation or benefit, in whatsoever form, from PA.

___________________ _______________________________
M/s. _______________ DISTRICT HEALTH OFFICER
GHOTKI @ MIRPUR
MATHELO

Page 34 of 35
Bid Form & Price Schedule

BID FORM

To: OFFICE OF THE DISTRICT HEALTH OFFICER GHOTKI @ MIRPUR


MATHELO

Dear Sir,

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged,
we, the undersigned, offer to supply and deliver the goods specified in the said Bidding
Documents for the sum of [Total Bid Amount Rs. ____________________], [Bid
Amount in words ________ __only ] or such
other sums as may be ascertained in accordance with the Schedule of Prices attached herewith
and made part of this bid.
1. The free of cost / donation / discounts offered and the methodology for their application are:

2. We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery
schedule specified in the Schedule of Requirements.
3. If our bid is accepted, we shall obtain an unconditional guarantee of a bank in the sum of
5% of the Contract Price for the due performance of the Contract, in the form prescribed by the
Procuring Agency.
4. We agree to the validity of this bid for 90 days from the date fixed for financial bid
opening and it shall remain binding upon us and may be accepted at any time before the
expiration of that period.
5. Until a formal Contract is prepared and executed, this bid, together with the written
acceptance thereof and notification of award, by the Procuring Agency, shall constitute a binding
Contract between us.
6. We understand that you are not bound to accept the lowest or any bid you may receive.

Name

In the capacity of

Signed

Duly authorized to sign the Bid for and on behalf of

Date

Page 35 of 35

You might also like